Z2DA--589A5-23-199, AJP FCA - Replace existing roofing, window, Security Cameras
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), Network Contracting Office 15 (NCO 15), is soliciting proposals for Project 589A5-23-199: Replacement of Roofing, Windows, and Security Cameras at the Colmery O'Neil VAMC in Topeka, Kansas. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside with an estimated magnitude between $5,000,000 and $10,000,000. Proposals are due May 12, 2026, at 2:00 PM CST.
Scope of Work
This Firm-Fixed-Price contract requires the contractor to provide all material, labor, and equipment for general construction, alterations, and removal of existing equipment. Key deliverables include:
- Replacement of roofs and lightning protection on Buildings 2 and 6.
- Replacement of existing windows.
- Replacement of existing security cameras.
- Site work, including grading, drainage, and removal of existing structures.
- Hazardous material abatement (Asbestos and Lead-Containing Paint removal).
- Compliance with detailed technical specifications across various trades (e.g., Concrete, Steel Framing, Roofing, HVAC, Electrical, Electronic Safety & Security). Work must be conducted within an occupied VAMC, requiring strict coordination, security protocols, and adherence to VA safety management programs. The period of performance is 210 calendar days after Notice to Proceed.
Contract Details
- Contract Type: Firm-Fixed-Price
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45.0 million size standard.
- Estimated Magnitude: $5,000,000 - $10,000,000
- Subcontracting: Prime contractor must perform no less than 15% of general construction labor. Not more than 85% of the amount paid by the government can go to non-SDVOSB/VOSB firms (excluding materials).
- Bonds: Payment and Performance bonds are required, along with a bid guarantee of not less than 20% of the bid price (not to exceed $3,000,000).
Submission & Evaluation
Award will be made utilizing the Lowest Price Technically Acceptable (LPTA) source selection process. Technical acceptability factors include Relevant Past Performance, Technical Construction Experience, Technical Qualifications of Proposed Staffing, and Prime Contractor Safety Plan.
- Mandatory Site Visit: April 21, 2026, at 11:00 AM CST at VAMC Topeka, Building 3, Room C24.
- Questions Due: April 23, 2026, by 10:00 AM CST.
- Proposals Due: May 12, 2026, at 2:00 PM CST. Proposals must be submitted via FedEx, UPS, or hand-delivered to NCO 15, 3450 S 4th Street, Leavenworth, KS 66048, consisting of two separate binders (technical and price) and a CD. Offerors must be registered in SAM.gov and certified in SBA VetCert under the applicable NAICS.
Contact Information
For questions, email timothy.fitzgerald@va.gov with the subject line: "Project 589A5-23-199, - Replace existing roofing, window, Security Cameras."